SOLICITATION NOTICE
D -- Electronic Intelligence Research Tool
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- 20066289CBPTJH
- Archive Date
- 9/10/2011
- Point of Contact
- Tina J. Hudson, Phone: 3176144772
- E-Mail Address
-
tina.hudson@dhs.gov
(tina.hudson@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Number 20066289 CBP TJH This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; proposals are being requested, and no other solicitation document will be issued. This solicitation is issued as a Request for Quote (RFQ) number 20066289 CBP TJH. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 519190. The SBA size standard is $7.0 million. This is a Total Small Business Set-A-Side. Contract Line Items are as follows: Line Item 00010-Electronic Intelligence Research Tool-Base Year period of performance, September 16, 2011 through September 15, 2012. Line Item 00020-Electronic Intelligence Research Tool-Option Year One (1) period of performance, September 16, 2012 through September 15, 2013. Line Item 00030-Electronic Intelligence Research Tool-Option Year Two (2) period of performance, September 16, 2013 through September 15, 2014. Line Item 00040-Electronic Intelligence Research Tool-Option Year Three (32) period of performance, September 16, 2014 through September 15, 2015. Line Item 00050-Electronic Intelligence Research Tool-Option Year Four (4) period of performance, September 16, 2014 through September 15, 2015. Any Offerors that can provide the items as requested are encouraged to provide a Firm Fixed Price Quotation in reference to this FedBizOpps, RFQ Solicitation. The Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which is the lowest price technically acceptable (LPTA) to the Government. The Required Delivery Date is September 16, 2011. The research tool will be used by the U.S. Customs and Border Protection (CBP) personnel located at 1300 Pennsylvania Avenue, Room 3.5A, Washington, DC 20229. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is SEPT/09/2011@11:00AM EST. Only bids sent electronically via email will be accepted. Email bids to Tina Hudson, Contract Specialist, tina.hudson@dhs.gov. Period of performance for this service is required to begin September 16, 2011. Anticipated Award Date for the PO Contract is September 13, 2011, this date is approximate and not exact. *********************************************************************** REQUIREMENTS 1.0 BACKGROUND U.S. Customs and Border Protection (CBP), Office of Internal Affairs (CBP IA), Integrity Programs Division (IPD), has a requirement for access to a computer tool to obtain sensitive, personal information on individuals that is not readily available through traditional means. The information obtained is essential to the investigation of CBP personnel who may be involved in misconduct and corrupt acts. 2.0 SCOPE OF WORK The scope of this contract is to provide CBP IA with access to sensitive information maintained by the contractor via a Firm Fixed Price contract for a base and three (3) one-year options. The information should be available through a database and an Internet portal accessible by personnel assigned to the CBP IA who will be provided with an account login and unique CBP IA password. CBP IA will determine the number of employees that will have access to the contactor's database. The information will aid CBP IA in locating individuals involved in corruption and their criminally derived assets, to identify and locate associates of potentially corrupt CBP employees, to verify identities, and to aid in performing a variety of investigation inquiries. Specifically, cross-referenced public and non-public information on unlisted and unpublished cellular and land line phone numbers to include subscriber information is critical. CBP IA may use the information maintained by and collected through the use of the contractor data systems in accordance with the contract in any way permitted by law. The collection, research, and analysis of the contractor's data is critical to the success of proactively identifying potentially corrupt CBP employees and their associates as well as supporting various, routine, CBP IA investigations. •3.0 DESCRIPTION OF TASKS AND DELIVERABLES. Contractor shall provide unlimited access through an Internet web site for each CBP IA employee (up to twenty-five (25) users). The contractor shall provide all network connectivity requirements that are necessary for the CBP IA to access its data through a proprietary database. The contractor shall provide the necessary, unique, user identification and password criteria that will be required for each CBP IA employee. The contractor shall fully maintain its own data systems during the term of the contract to ensure that CBP IA has appropriate, unlimited access to all information and data covered by law. With the exception of downtime necessary to perform necessary system maintenance, update and enhancements, the contractor shall provide continuous access to its data by CBP IA on a 24-hour, 7-day/week basis. The contractor shall maintain security of its systems and data in accordance with all applicable industry standards. At a minimum, the information will include the following: --Searchable and cross-referenced public and non-public information on unlisted and unpublished phone numbers for cellular and land lines. --Searchable by name to include known relatives/associates, addresses, social security number, vehicle license plate, and/or vehicle identification number. --Access to multiple source telephone databases of integrated unlisted and non-published cellular telephone numbers to include subscriber information. --Unlimited access to an individual's past and present addresses ranging back to over 10 years. --Access to motor vehicle registration to include detailed owner, street address, city, state, zip code, make, model, year, color, plate number, VIN, title number and lien holder information --Residential, U.S. Post Office box, or any other mail facility addresses. -- Real-estate property information to include tax rolls, property deeds, assessed value, square feet of lot and lot number. •4.0 PROCEDURES FOR PAYMENT The Contractor shall submit an invoice on a monthly basis within (5) business days of the close of the period for which the invoice is being submitted to the COTR identified below: The Contractor agrees to include the following information on each invoice: --Contractor name and invoice date --Purchase order number, or other authorization for delivery of property or service --Description, price, and quantity of property and services actually delivered or rendered --Shipping and payment terms --The IRS Tax Identification Number --Name, title, telephone number and complete mailing address of responsible official to whom payment is to be sent --Contractor's complete remittance or check mailing address •5.0 CONTRACT TYPE A Firm Fixed Price contract for the cost of unlimited access to Internet data per user per month. 6.0 PERIOD OF PERFORMANCE The period of performance for this Firm Fixed Price contract is a base year and four (4) one-year options. Options will be exercised at the discretion of the Government and depending on the availability of funds. 7.0 COMPLIANCE WITH LAW Each party agrees to comply with all applicable laws, including, but not limited to, the Privacy Act, 5 U.S.C. § 552a. ********************************************************************** IAW FAR 52.219-6 Notice of Small Business Set-A-Side The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items - Lowest Price Technically Acceptable to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors shall be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009) FAR 52.242-15 Stop Work Order The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Lowest Price Technically Acceptable (LPTA) to the Government. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Lowest Price Technically Acceptable (LPTA) to the Government. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addenda: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2011). The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.203-13 Contractor Code of Business Ethics and Conduct (APR 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN2003) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/20066289CBPTJH/listing.html)
- Place of Performance
- Address: U.S. Customs and Border Protection, 1300 Pennsylvania Avenue, Room 3.5A, Washington, District of Columbia, 20229, United States
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN02561284-W 20110904/110902235207-cd4d5fa00f169157beb262d066d7668b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |